Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1996 PSA#1589

U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets, Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898)

C -- ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN TO UPGRADE BALLISTIC MISSILE EARLY WARNING SYSTEM, CLEAR AS, ALASKA SOL DACA85-96-R-0019 POC Administrative Inquiries: Ms. June Wohlbach, 907/753-5624 or Technical Inquiries: Mr. David Piening, 907/753-5600, Contracting Officer: Ms. Gail West 1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of thework it intends to subcontract. The subcontracting goals for this contract are a minimum of 60.3% of the contractor's intended subcontract amount be placed with small businesses, 9.8% of that to small, disadvantaged businesses, and 2.9% to woman-ownedbusinesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. Contract award isanticipated for Aug 96. 2. PROJECT INFORMATION: The BMEWS will remain in operation until the phased array system has been constructed. The phased array system components are existing and the design and construction of their installation will becompleted by others. The new structure to house the phased array system will be located on top of building 101. This location provides for unobstructed radar coverage and utilizes the existing structure and utilities already in or near building 101.Utility capacity in building 101 is assumed to be adequate to support the phased array system, but there will be a period when both the BMEWS and the phased array system are in operation. The demolition of the existing mult-story BMEWS radar fencesill be designed under this project. Demolition of these fences shall occur as soon as possible after the phased arrays system is operational and accepted by the user. Additionally, demolition, to include asbestos abatement, in building 101 will bedesigned to provide for relocation of mission control functions. None of the BMEWS equipment, equipment support or mission control rooms can be utilized for the new phased array system. The structure to house the phased array system shall be designedto mount the radar faces and contain radar support equipment such as heat, cooling, power and rooms for other support equipment. The area underneath the new structure in the existing building 101 will house the mission control area and supportingadministrative functions. The mission control area will require security and intrusion secutity systems. The design must accommodate the technical requirement sof the phased array radar system. This includes; but is not limited to the following. 1.Ensuring the rigidity of the structure to prevent the distortion of radart images caused by building movement. 2. Sufficient power generation and transmission to operate the radar and not cause voltage fluctuation elsewhere on the site. 3. Cooling forthe radar elements via available cold water wells or by mechanical means. 4. Protection of interior building equipment and personnel from arctic climate. 5. Continuous operation of the BMEWS radar during construction and phase in of the phased arrayradar system. Hazardous material surveys will be completed for the asbestos, lead based paint, and PCBs. A member(s) of the design team shall be familiar with TEMPEST, HEMP, SCIF security systems and RF shielding techniques. This project is beingconsidered for design/build or conventional design. The estimated construction cost is greater than $10,000,000--LOCATION: Clear AS, Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order ofimportance: (A) professional personnel in the following disciplines: (1) minimum in-house requirements is an architect with 5 years post graduate experience; (2) disciplines which may be subcontracted: mechanical, electrical, civil, structural, costestimator, hazardous materials, corrosion control, and fire protection. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a SEPARATE SF254 and SF255 for each subcontractor necessary. Thecontractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly thecessary skills to perform the contract. (B) specialized experience and technical competence in: (1) Past experience in the coordination and design of projects of this size and compexity. (2) Arctic engineering principles. (3) Experience in buildingrenovations. (4) Experience in electrical utility upgrades; (C) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (D) capacity to maintain schedules; (E) location of the firm ingeneral geographical area of the projects and knowledge of locality; (F) volume of DOD contract awards in the last 12 months as described in Note 24; and (G) extent of participation of SB, SDB, historically black colleges and universities, and minorityinstitutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms must submit an SF 254 and SF 255 (1 copy only) and should include: (1) organization of proposed project team, (2)responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the formsMUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at theaddress indicated above not later than COB (4:00 pm Alaska time) on the 30th day from the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Anysubmittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided.(0124)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960506\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page